Waterproofing Tenders
Waterproofing Tenders
City Of Antipolo Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 4.1 Million (USD 71.5 K)
Details: Description A. Contract Id : Antipolo-19february2025-16 B. Name Of Project : Additional Improvement Of Rizal Provincial Hospital System Annex Ii (phase 3) At Brgy. Dalig, Antipolo City. C. Location : Brgy. Dalig, Antipolo City. D. Brief Description : Removal Of Existing Ceiling; Replacement Of Doors & Windows Waterproofing E. Major Item Of Works : Ceiling Works; Painting Works; Topping Works F. Approved Budget For The Contract : Php 4,184,321.46 G. Duration : 120 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: January 31 - February 19, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 07, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: February 19, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: February 19, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 49.5 Million (USD 846.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Misamis Oriental First District Engineering Office Gingoog City, Misamis Oriental, Region X Invitation To Bid For 25kk0011 – Construction Of Dpwh Misamis Oriental 1st Deo Main Building (phase 1), Gingoog City, Misamis Oriental 1. The Department Of Public Works And Highways – Misamis Oriental First District Engineering Office, Through The Fy 2024 General Appropriations Act (gaa) Intends To Apply The Sum Of ₱ 49,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25kk0011 – Construction Of Dpwh Misamis Oriental 1st Deo Main Building (phase 1), Gingoog City, Misamis Oriental. 2. The Department Of Public Works And Highways – Misamis Oriental First District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Dpwh Misamis Oriental 1st Deo Main Building (phase 1), Gingoog City, Misamis Oriental Contract Id No. : 25kk0011 Locations : Brgy. 26, Gingoog City, Misamis Oriental Scope Of Works : Construction Of Three-storey Building With Roof Deck. Due To Budget Constraint, The Scope Is Limited To The Following; A. Removal Of Obstructions, B. Excavation Works Including Hauling Of Common Soil For Embankment. C. Structural Components Such As Footings, Columns, Beams, And Slabs, D. Chb Interior And Exterior Partitions With Plaster And Painted Finish, E. Cistern And Septic Tanks, F. Plumbing Works Including Sewer And Cold Water Lines, Drainage And Downspouts, And Plumbing Fixtures, G. Installation Of Stainless Steel Railings, H. Application Of Liquid And Built-up Performed Membrane For Waterproofing, And I. Installation Of Glazed And Unglazed Tiles. Approved Budget For The Contract : ₱ 49,500,000.00 Contract Duration : 280 Calendar Days Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Size Range Medium A, Pcab License Category Of (b) For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. The Contractor Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification. 4. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways – Misamis Oriental First District Engineering Office And Inspect The Bidding Documents At Dpwh - Misamis Oriental First District Engineering Office, Gingoog City During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways – Misamis Oriental First District Engineering Office Will Hold A Pre-bid Conference On February 07, 2025, 10:00 A.m. At Bac-conference Room, 3rd Floor, Dpwh-mofdeo, And/or Through Videoconferencing/webcasting Via Live Streaming: (youtube Page) Dpwh Misamis Oriental 1st Deo Https://www.youtube.com/channel/uc4roqj_fk-kh-pqcmg6gvkq Which Shall Be Open To Prospective Bidders. 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. The Deadline For Issuance/ Downloading Of Bidding Documents (buying Of Bidding Documents) Will Be On February 20, 2025 Until 08:30 A.m. In Accordance With The Department's Citizen's Charter (attached As Annex "a") And Unnumbered Memorandum Dated December 27, 2001 (attached As Annex "b"), Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary C. Letter Of Intent (for Foreign Funded Projects) Bids Must Be Duly Received By The Bac Secretariat At Bac-conference Room, 3rd Floor, Dpwh - Misamis Oriental First District Engineering Office For Manual Submission Or At Electronicbids_misamisoriental1@dpwh.gov.ph For Electronic Submission On Or Before February 20, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 20, 2025, Immediately After The Deadline For The Submission Of Bid, At Bac-conference Room, 3rd Floor, Dpwh-mofdeo And Through Live Streaming: Dpwh Misamis Oriental 1st Deo Https://www.youtube.com/channel/uc4roqj_fk-kh-pqcmg6gvkq (youtube Page) Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Consistent Of The Do 127 S 2018, “if At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid”. 11. The Department Of Public Works And Highways – Misamis Oriental First District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marcelino O. Cabeguin, Jr., A.e.r. April Jane T. Pecasales Oic- Assistant District Engineer Engineer Ii Bac Chairperson Head, Bac Secretariat Dpwh-misamis Oriental 1st Deo Dpwh-misamis Oriental 1st Deo Brgy. 26, Gingoog City, Misamis Oriental Brgy. 26, Gingoog City, Misamis Oriental Tel/ No.: (088) 861-1185 Tel/ No.: (088) 861-1185 Email Address: Dpwhmofdeo@yahoo.com Email Address: Dpwhmofdeo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents : Www.philgeps.gov.ph : Www.dpwh.gov.ph For Online Bid Submission : Electronicbids_misamisoriental1@dpwh.gov.ph January 31, 2025 Approved By: Marcelino O. Cabeguin, Jr., A.e.r. Oic- Assistant District Engineer Bac Chairperson
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Public Toilet Brgy. Malaintos, Dolores, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of One Million Pesos Only (php1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-104 Construction Of Public Toilet, Brgy. Malaintos, Dolores, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1) – Occupational Safety And Health Program (2.47 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(2) – Clearing And Grubbing (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (14.71 Cu.m.), Item No. 804(1)a – Embankment From Structure Excavation (4.79 Cu.m.), Item No. 804(4) – Gravel Fill (3.58 Cu.m.), Item No. 900(1)c2 – Structural Concrete (footings And Slab On Fill), Class A, 28 Days (5.29 Cu.m.), Item No. 900(1)c4 – Structural Concrete (columns), Class A, 28 Days (0.96 Cu.m.), Item No. 900(1)c5 – Structural Concrete (suspended Slab), Class A, 28 Days (2.32 Cu.m.), Item No. 900(1)c6 – Structural Concrete (beams/girders), Class A, 28 Days (0.92 Cu.m.), Item No. 902(1)a – Reinforcing Steel (deformed), Grade 40 (1,160.15 Kgs), Item No. 903(2) – Formworks And Falseworks (97.24 Sq.m.), Item No. 1046(2)a1 – Chb Non Load Bearing (including Reinforcing Steel), 100mm (59.66 Sq.m.), Item No. 1043(1) – Pvc Doors And Frames (3.15 Sq.m.), Item No. 1008(1)c – Aluminum Glass Windows, Awning Type (1.56 Sq.m.), Item No. 1004(2) – Finishing Hardware (1.00 L.s.), Item No. 1021(1)c – Cement Floor Finish (2.07 Sq.m.), Item No. 1027(1) – Cement Plaster Finish (67.18 Sq.m.), Item No. 1051(1) – Railing (1.00 L.s.), Item No. 1004(1)a1 – Ceiling (metal Frame), Fiber Cement Board, 4.5mm (30.58 Sq.m.), Item No. 1018(2) – Unglazed Tiles (30.58 Sq.m.), Item No. 1016(1)b- Waterproofing, Liquid (19.76 Sq.m.), Item No. 1032(1)a – Painting Works (masonry/concrete) (67.01 Sq.m.), Item No. 1032(1)c – Painting Works (steel) (44.58 Sq.m.), Item No. 1047(2)a – Structural Steel, Trusses (152.34 Kg), Item No. 1047(6) – Metal Structure Accessories, Steel Plates (127.10 Kg), Item No. 1047(7)a – Metal Structure Accessories, Bolts (8.00 Each), Item No. 1001(8) – Sewer Line Works (1.00 L.s.), Item No. 1002(24) – Cold Water Lines (1.00 L.s.), Item No. 1002(4) – Plumbing Fixtures (1.00 L.s.), Item No. 1101(33) – Wires And Wiring Devices (1.00 L.s.), Item No. 1103(1) – Lighting Fixtures And Lamps (1.00 L.s.) Completion Of The Works Is Required Within 74 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Two Thousand Five Hundred Pesos Only (php2,500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On February 07, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Department Of Health Center For Health Development Bicol Tender
Healthcare and Medicine
Philippines
Closing Soon7 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)
Details: Description Republic Of The Philippines Department Of Health Bicol Center For Health Development January 27, 2025 The Manager __________________________ __________________________ __________________________ Dear Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below Subject To The General Conditions Stated Below. Definitely, No Cod Payments Shall Be Allowed. Filled Canvass Form Should Be Returned To This Office In A Sealed Envelope. __________________________________________________ Rosa Maria Rempillo, Md, Mchm, Cese Bac Chairperson Qty. Unit Item & Description Total Abc Unit Cost Total Cost Purchase Of Advocacy Materials And Collaterals For National Immunization Program 200 Pcs Waterproof Reversible Jacket 300,000.00 P ___________ P ___________ Description: Loose Side Pocket 100% Waterproof Breathable Fabric: Microfiber, Woven Material Composition: 100% Polyester Color: Khaki And Midnight Blue For Khaki Color Side: Front Logo: Embroided Doh Logo On The Left Chest Area Other Side (midnight Blue): Plain (please See Attached Design) E-mail: Nip@bicol.doh.gov.ph Delivery Site: Doh Bicol Chd ******* Total: 300,000.00 P ___________ Subject To The Following Conditions: 1. Subject To Witholding Tax 2. Subject To 5% Retention For Warranty 3. Quotation Exceeding The Approved Budget For The Contract (abc) Php 300,000.00 Shall Not Be Considered For Award. 4. Philgeps Registration Is Required (to Register Log On To Www.philgeps.net) Philgeps Registration No.:______________ (if Applicable) 5. New Suppliers Must Submit The Following Legal, Technical And Eligibility Documents To Be Eligible To Participate In This Procurement Process; (a) Sec/dti Registration Certificate (d) Philgeps Registration; (b) Mayor's Permit/license (e) Omnibus Sworn Statement (for Above 50k) (c) Latest Income & Business Tax Return 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialled By The Bidder Or His/her Authorized Representative. 7. Submission Of Quotation Is At The Procurement Office, Doh Bicol-chd, Legazpi City. Open Submission May Be Submitted Through Email Address: Canvass @bicol.doh.gov.ph Deadline Of Submission Will Be On: ____________________ @ 9:00am Pr No. 25-01-340 (lhsd-fhc) After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________________ Name Of Establishment & Telephone No. _______________________________________ Downloaded Thru Doh Bicol Chd Website & Philgeps Signature Over Printed Name Of Manager/ Authorized Representative _______________________________________ Complete Mailing Address _______________________________________ Complete Email Address (pls Write Legibly)
The City Government Of Baguio Tender
Textile, Apparel and Footwear
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.2 K)
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2025-13 Bidding January 30, 2025 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below On Or Before February 23, 2025 Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 815 Set Uniform Set 1,418,100.00 Caraa Parade Uniform (set) Jacket Made Of 100% Polyester Lightweight And Waterproof No Inner Lining With Baguio City Logo At The Left Chest Part Of The Jacket Logo Size: 1.5in Diameter Loose Fit Full Zip With Drawcord Adjustable Hood With Side Pockets Jogging Pants: Made Of 90% Polyester And 10% Spandex Woven Fabric (must Be Stretchable) Lightweignt And Waterproof Drawstring Elastic Waist With Zipper Pockets On Both Sides Cap Made With 100% Polyester With Adjustable Velcro Strap At The Back Navy Blue In Color **please See Attached Photos For The Design And Color A) This Is A Lot Bidding, Partial Bids Are Not Allowed. B) Indicate Unit Price Of Offer In The Financial Proposal. C) Bidders Must Possess A Valid Mayor's/business Permit With A Relevant Line Of Business. D) For Use Of Deped Under Pr No. 15 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Office, 35 New Lucban Brgy., Baguio City. The Opening Of Bids By The Bids And Awards Committee Shall Be At The General Service Office, 35 New Lucban Brgy., Baguio City, February 19, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Name Of Establishment Bidder's Signature
Ratp Tender
Others...+2Civil And Construction, Civil Works Others
France
Closing Date28 Feb 2025
Tender AmountRefer Documents
Description: France – Waterproofing Work – Projets Renouveau Du Métro (rnm), Renouveau Des Gares (rng) Et Devenir Des Espaces Ligne 13. Lot T01 – Traitement D’infiltrations
Pointoise Society Of HLM Of Guadeloupe Tender
Civil And Construction...+1Civil Works Others
France
Closing Soon14 Feb 2025
Tender AmountRefer Documents
Description: Major Repair Work Residence Habitation 2 Program 2025: Roof Cleaning Work, One-off Waterproofing Repairs, Waterproofing of Facades, Waterproofing and Tiling of Loggias, Creation of Garbage Bin Premises and Revisions of Mailboxes
MUNICIPALITY OF MOLAVE Tender
Healthcare and Medicine
Philippines
Closing Soon7 Feb 2025
Tender AmountPHP 150 K (USD 2.5 K)
Details: Description Request For Quotation The Local Government Unit Of Molave, Through Its Bids And Awards Committee, Will Undertake A Small Value Procurement For The Purchase Of Various Medical And Rescue Equipment And Supplies To Be Used For Life Saving And Response Operations In Accordance With Section 53.9 Of The Implementing Rules And Regulations Of Republic Act No. 9184. Name Of Project: Purchase Of Various Medical And Rescue Equipment And Supplies To Be Used For Life Saving And Response Operations Location: Molave, Zamboanga Del Sur Abc : ₱ 150,000.00 Source Of Fund: Mdrrmo Mooe Acceptance Of Proposals: Jan. 30-feb. 7, 2025 Opening Of Proposals: Feb. 7, 2025, 9:00 A.m. General Conditions: 1. All Entries Must Be Signed By The Bidder Or Authorized Representative; 2. All Supporting Documents Must Be Certified True Copy By The Bidder; 3. Delivery Period: Seven (7) Calendar Day/s Upon Receipt Of Purchase Order; 4. Warranty Shall Be For A Period Of Six (6) Months For Goods, Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity; 5. Price Validity Shall Be For A Period Of One Hundred Twenty (120) Calendar Days, And 6. Interested Suppliers Are Required To Submit Their Valid And Current Mayor’s/business Permit, Philgeps Registration Certificate, Income/business Tax Return And Notarized Omnibus Sworn Statement Along With The Price Quotation. In Line With The Above, Please Quote Your Lowest Price On The Item/s Listed Below. Qty/unit/item Description 2 Rolls Kern Static Rope 12mm*100m Color Orange 3 Rolls Kern Static Floating Rope 10.2mm*100m Color Yellow 4 Pcs Rescue Tube 40" Long By 6"wide By 4"thick 2 Pcs Jumpkit Medical Bag Pack 35*45*15cm Waterproof Oxford Cloth With Reflector, Color:red Contents: 1 Cold Pack Bag 1 Hot Pack Bag 1 Digital Thermometer Sterile Burn Dressing Alcohol Swabs Sting Swabs Penlight 2 Pcs Rechargeable Wrist Blood Pressure Digital Monitor Led Touch Screen Automatic Pressurization Bp 2 Pcs Trauma Bag (43cm*32cm*25cm) Color Red Contents: 1 Pc Hand Suction Pump 1 Pc Resuscitator Bag 1 Pc Cpr Pocket Mask 1 Pc Clinical Thermometer 1 Pc Mouth Opener 2 Pcs Disposal Syringe 10cc 1 Pc Tongue Forceps 5 Pcs Wooden Tongue Depressor Sterile 2 Pcs Surgical Scissor 1 Pc Dressing Tweezers 10 Pcs Safety Pins 2 Pairs Sterile Latex Gloves 1 Pc Tournique Retractable 1 Pc Ice Bag 30 Pcs Alcohol Pre Pads 10 Pcs Povidone Pre Pads 5 Pcs Antiseptic Towelette 5 Pcs Wet Tissue (soap) 3 Pcs Surgical Tape 1/2 5 Pcs Eye Pad Sterile 10 Pcs Gauze Pad 3*3 Sterile 5 Packs Cotton Ball 5g 50 Pcs Plaster Strips 20 Pcs Cotton Applicator Sterile 1 Pc Diagnostic Penlight 3 Pcs Disposable Wastage Bags Kindly Submit Your Quotation Duly Signed By You Or Your Authorized Representative Subject To The General Conditions Specified Above. Quotations Must Be Submitted Manually. The Deadline For Submission Of Quotation And Eligibility Documents Is On Feb. 7, 2025, 9:00 A.m. At The General Services Office, 2nd Floor, Municipal Hall, Molave, Zamboanga Del Sur. Late Submission Will Not Be Accepted. (sgd) Elmer M. Ollanas Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 92.1 Million (USD 1.5 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Road Widening – Tertiary Roads Bacoor-dasmariñas National Rd - K0023+830 - K0024+080, K0024+093 - K0024+450 Contract Id No. : 24d00083 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Road Widening Using Pccp (330mm Thick, Unreinforced, 7 Days) And Installation Of Lateral Drainage Using 1000mm Dia Hdpe Pipe Culverts. Approved Budget For The Contract : ₱92,157,500.00 Net Length : Road : 609.00 L. M. (1.218 Lane Km); Drainage Structure Net Length: 1,218.00 L. M. Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Calamba - Sta.cruz - Famy Jct. - Bucal Bypass Road Contract Id No. : 24d00097 (re-advertisement) Contract Location : Laguna Province Scope Of Works : Road Widening Of 572.79 Lm, 1 Lane Carriageway At B/s, Construction Of Roundabout, (20m Central Island, With 3 Circulatory Lanes, Rehabilitation Of 640 Lm Of Road, 1 To 2 Lanes At Csfj To Bucal Bypass, Removal Of Existing Structures And Obstructions, Construction Of Splitter Island, Construction Of Rcbc Lateral And Cross Drainage Structures, Construction Of 155.00m Ramp And Stone Masonry Slope Protection Near Calamba Water District, Removal And Relocation Of Existing Street Lamp Post, Installation Of Pavement Markings And Road Signages, Asphalt Overlay At Proposed Detour. Approved Budget For The Contract : ₱121,590,000.00 Net Length : Road Widening 1,367.79 L.m, 2.536 Lane Km; Drainage: 972.792 L.m. Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Structural Improvement Of Public Buildings And Construction Of Evacuation Centers Region Iv-a, Panukulan, Quezon Contract Id No. : 24d00306 Contract Location : Quezon Province Scope Of Works : The Construction Project Entails The Development Of A Permanent Evacuation Center/multi-purpose Covered Court, Incorporating Various Facilities And Features Including A Laundry & Drying Area, Material Recovery Facility, Cistern Tank, Mess Hall Equipped With A Kitchen, Administrative Office, Storage Area, And A Play Area Accompanied By A Breastfeeding Room. Additionally, The Project Will Integrate A Conjugal Space, Distinct Male & Female Toilet And Bath Facilities With Accommodations For Persons With Disabilities (pwd), A Clinic, And A Prayer Room. Moreover, The Project Will Be Enhanced With A Fire Protection System And 18 Kwp Solar Power System, Painting Works Are Not Included. Approved Budget For The Contract : ₱45,355,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase Iii) Contract Id No. : 25d00013 (re-advertisement) Contract Location : Quezon Province Scope Of Works : Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block, And 2.5 M Diameter Bored Piles As Substructure Of Pier 10 To 11 And Piers 31 To 41 Of Bridge 1. Approved Budget For The Contract : ₱135,100,000.00 Net Length : Bridge: 24267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Sangley Airport Access Road, Package G, Cavite Contract Id No. : 25d00020 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Proposed Graveling Of Road With Slope Protection Using Geotube With Hand-laid Rock Embankment Covered With Reinforced Concrete Slope Protection With Concrete Sheet Pile, Armour Rocks And Tetrapods On Left Side (sea Side), Armour Rock As Base Separated By Geotextile And Reinforced Concrete Retaining Wall On Right Side (land Side). Approved Budget For The Contract : ₱120,625,000.00 Net Length : Gravel Road : 75.00 L.m. (0.375 Lane Km); Slope Protection : 1,050.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Juanito R. Remulla, Sr. Rd - K0040 + 916 - K0041 + 232, K0041 + 262 - K0042 + 118, K0042 + 148 - K0042 + 831, K0042 + 921 - K0043 + 027 Contract Id No. : 25d00057 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Approved Budget For The Contract : ₱102,772,500.00 Net Length : Asphalt Overlay - 1,972m, 6.168 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Multi-purpose Building (academic Building 2), Philippine National Police Academy, Silang, Cavite, Phase Ii Contract Id No. : 25d00069 Contract Location : Cavite Province Scope Of Works : Architectural • Ceiling • Carpet Floor Tile • Wall (35%) Electrical • Fittings And Accessories • Rough-ins For Switch Boards, Panel Boxes, And Conduits • Wires And Wiring Devices • Panel Boards W/ Main And Branch Breakers • Lighting Fixtures Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Police Commissioned Officers Quarters Building 2, Camp Bgen Vicente P. Lim, Calamba City, Laguna, Phase Ii Contract Id No. : 25d00073 (re-advertisement) Contract Location : Laguna Province Scope Of Works : For The Finishing And Other Civil Works The Scope Of Works Are Installation Of Plumbing Fixtures Such As Kitchen Sink And Faucet From Ground Floor Up To Third Floor Only. Installation Of Ceiling Works From Ground Floor Up To Third Floor Only. Construction Of Cabinet And Counter Tops From Ground Floor Up To Second Floor. Application Of Liquid Waterproofing For Comfort Rooms From Ground Floor Up To Fifth Floor. Application Of Waterproofing Membrane For Roof Deck. Installation Of Unglazed For Comfort Rooms (floor), Installation Of Glazed Tiles Ground Floor Up To Third Floor. Application Of Cement Plaster Finish (exterior And Façade At The Roof Deck). Application Of Painting Works For Ceiling, Façade And Exterior And Interior Wall. Installation Of Metal Railings From Second Floor Up To Fifth Floor. For The Electrical And Auxiliaries The Scope Of Works Are Installation Of Fittings And Accessories For The Service Entrance. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase Iv) Contract Id No. : 25d00081 (re-advertisement) Contract Location : Quezon Province Scope Of Works : For Bridge 1, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5m Diameter Bored Piles For Piers 42 And 43 For Bridge 2, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5m Diameter Bored Piles For Piers 1 To 13. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge : 24,267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase V) Contract Id No. : 25d00082 (re-advertisement) Contract Location : Quezon Province Scope Of Works : For Bridge 1, Construction Of Superstructure Aashto Girder Type V For Spans Pier 1 To Pier 16. For Bridge 2, Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5 M Diameter Bored Piles For Piers 14 To 17. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge : 24,267.98 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Star Tollway-pinamucan Bypass, Package R, Batangas Contract Id No. : 25d00090 (re-advertisement) Contract Location : Batangas Province Scope Of Works : Construction Of Substructure And Superstructure, 2 Lanes – 9.03 Meter Width, 1.8 Meter Diameter Bored Piles And Coping Beams For Abutment A And B, 2.0 Meter Diameter Bored Piles And Revetments With Sheet Piles Columns And Coping Beams For Pier 1 And 2 And Craneway. For Superstructure, Psc Girder Type Iv-b And Type V With Intermediate And End Diaphragm. Total Length Of 95 L.m. The Total Length Of Bridge 5 Is 95.00 L.m. Having Span Of 30m- 30m-35m. Approved Budget For The Contract : ₱86,850,000.00 Net Length : 95.0 L.m. - 857.85 Sq.m Bridge 5 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 12. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Manila-cavite Bypass Road, Package C, Cavite Contract Id No. : 25d00145 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Proposed Six (6)-lane Graveling Of Road (aggregate Subbase Course, 0.15m Thick) With Slope Protection Using Geotextiles With Geotextile Bags Covered With R.c. Slope Protection With R.c. Footing, Steel Sheet Piles And Hand-laid Rock Embankment On Both Sides. Approved Budget For The Contract : ₱108,562,500.00 Net Length : Gravel Road: 220.00 L.m. (1.32 Lane Km); Slope Protection: 6,600.00 Sq.m. Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On January 30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 06, 2025 @ 02:00 P.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 18, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. January 28, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
201-210 of 541 active Tenders